SOLICITATION NOTICE
Z -- Multi-Agency Road Construction IDIQ
- Notice Date
- 3/24/2016
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Contracting West - Siuslaw NF, 3200 SW Jefferson Way, Corvallis, Oregon, 97331, United States
- ZIP Code
- 97331
- Solicitation Number
- AG-04T0-S-16-0019
- Archive Date
- 3/24/2017
- Point of Contact
- Darcy J Rapoza, Phone: 541-750-7116
- E-Mail Address
-
djrapoza@fs.fed.us
(djrapoza@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- This proposed solicitation is intended for the initial award of multiple Indefinite Delivery/ Indefinite Quantity (IDIQ) contracts for road construction and reconstruction activities to cover multiple projects on the Umpqua, Rogue River-Siskiyou, Willamette, Fremont-Winema, Mt. Hood and Siuslaw National Forests, the Columbia River Gorge National Scenic Area, and Salem, Eugene, Roseburg, Medford and Coos Bay Districts - BLM. The major categories of work activities required by the contract include clearing, resource product removal, earthwork, structural embankments, drainage structures, pit/quarry development, road base and surfacing, road structure demolition, road structure construction (such as retaining walls and minor bridge work) and road obliteration (decommissioning). Minor bridge work for new construction includes any simple span bridge structure equal to, or less than 80'-0" span length. Bridge superstructure may be precast reinforced concrete, precast-prestressed concrete, or timber. Bridge abutments may be reinforced concrete or timber grade beams, cast-in-place reinforced concrete shallow foundation, precast concrete modular block foundation, geosynthetic reinforced soil foundation, or driven or drilled steel piling foundation with a cast-in-place concrete pile cap. The Government intends to award up to 10 contracts. The minimum guarantee is $2,500 per contractor over the life of the contract and the maximum aggregate ceiling is $20,000,000 across all contracts. One task order will also be awarded at the same time as the parent contracts. Contract performance time is from date of award through 5 years. FOR ADDITIONAL INFORMATION contact Walt Hislop at 541-750-7139. Solicitation will be available for download from FedBizOpps website at http://www.fbo.gov on or about 4/8/16. Note: prospective awardee shall be registered and active in the System for Award Management (SAM) data base prior to award. Information on registration may be obtained via the internet at: http://www.sam.gov. All contractors and vendors must complete the electronic version of the Representations and Certifications in the SAM system.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04TO/AG-04T0-S-16-0019/listing.html)
- Record
- SN04060899-W 20160326/160324234154-4d6b2755301fdfbbbbf466c41c106d97 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |